Federal Bid

Last Updated on 07 Oct 2008 at 8 AM
Combined Synopsis/Solicitation
Charlottesville Virginia

99--This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6.

Solicitation ID W26MT981892002
Posted Date 30 Jul 2008 at 3 PM
Archive Date 07 Oct 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Charlottesville Virginia United states 22911
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation--a written solicitation will not be issued. There is no solicitation number, for reference use PR Number W26MT9-8189-2002. The National Ground Intelligence Center, Charlottesville, VA is soliciting for commercial-item purchase order (under FAR Parts 12 and 13.5) Proposed acquisition is for the following supplies/equipment: 1)40 Each, Cleaning Towellettes; 2)Evidence Bags, 500 Large, 400 Medium, 300 Small; 3)4000 Each, small jars; 4)120 Each, White on Black Rule; 5)120 Each, Black on White Rule; 6)8000 Each, Photo Evidence Scale, White; 7)8000 Each, Photo Evidence Scale, Black; 8)16000 Each, L Ruler; 9)1000 Each, Ink Pad; 10)17 Each, Ink Strips; 100 Each, Ink Strips; 11)400 Each, Print Card; for which the Government intends to award based on lowest price and availability under the authority of FAR Part 13.106-1 and 10 U.S.C. 2304(c)(1) FAR 6.302-1. This solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 97-04. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition including 52.203-6Restrictions on Subcontractor Sales to the Government with Alt I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3); 52.219-14 Limitations on Subcontracting (15 U.S.C. 637(a)(14); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126), ; 52.22-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C 4212); 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (31 U.S.C. 3332). The DFARS clause 252.212-7001 Contract Terms and Conditions..Defense Acquisitions of Commercial Items applies to this acquisition including 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582); . The DFARS Clause 252.204-7004Required Central Contractor Registration applies. Full FAR/DFARS text may be obtained at website http://www.arnet.gov/far. IMPORTANT--Only offerors who are registered in the Central Contractor Database are eligible for award (reference DFARS Clause 52.204-7004 or see web site http://ccr.edi.disa.mil).

This NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. Interested parties may identify their interest and capability to respond to the requirement or submit quotations. NO PRODUCT SUBSTITUTIONS/EQUIVALENT PRODUCTS WILL BE ACCEPTED. All quotations (with capability statements) received within 5 days of publication of this synopsis will be considered by the Government; however, a determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a 100% set-aside for small business, NAICS Code 339999. Delivery to NATIONAL GROUND INTELLIGENCE CENTER, 1180 SEMINOLE TRAIL, SUITE 395 SEMINOLE PLACE, CHARLOTTESVILLE, VA 22901. All responsible sources should submit a quote to fax number (434) 951-1910 or by e-mail to Janet Lamb, Contract Specialist, [email protected]. All technical questions may be addressed to: Alan Gray, (434) 521-1919, or e-mail [email protected]. See Numbered Note 22


Bid Protests Not Available

Similar Opportunities

Arkansas 14 Jul 2025 at 7 PM
REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES FOR STRUCTURAL AND GREEN SPACE REDEVELOPMENT AT CITY HALL PARKING DECK Documents will be available starting on 6/16/2025 electronically from [email protected] The City of Holyoke is soliciting sealed proposals from qualified professional engineering and design consulting firms to provide comprehensive services related to the demolition of the City Hall Parking Deck and redevelopment of the site into a landscaped green space or public park. This project will implement "Alternative 3" as identified in the Conditions Assessment Report prepared by Tighe & Bond in February 2025 (Attachment A). The selected firm will deliver services spanning site evaluation, schematic design, final design, permitting, cost estimating, bidding, hazardous materials coordination, and construction supervision. This is a fee-based contract, and proposals will be evaluated based on qualifications, project approach, and cost. Scope of Services is to include but not limited to; Existing Conditions and Site Evaluation, Schematic and Final Design, Permitting & Documentation, Bidding Assistance, Construction Phase Services. 6/25/2025 Pre-Response Site Visit & Meeting (10:00 AM) at City Hall Parking Deck, 536 Dwight Street, Holyoke, MA 01040 (Not Mandatory). Proposals must be submitted in 2 separate envelopes, one clearly marked "technical proposal RFP 2025-44DPW" and one clearly marked "Price Proposal" . Proposals will be accepted until July 22, 2025 @ 2PM. Which will then be reviewed by a committee for the most Advantageous Proposal. The city reserves the right to reject any and all proposals. No electronic submissions allowed.
Holyoke Massachusetts 22 Jul 2025 at 6 PM
Mississippi 11 Jul 2025 at 2 PM
Hampton Virginia 14 Jul 2025 at 4 AM (estimated)